Section one: Contracting authority
one.1) Name and addresses
7 Force Commercial Services
Suffolk Constabulary
Martlesham Heath
IP5 3QS
Contact
Cheryl.Barsdell@herts.police.uk
7forceprocurement@ecis.police.uk
Country
United Kingdom
Region code
UKH1 - East Anglia
Internet address(es)
Main address
Buyer's address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kent Restorative Justice and Mediation Service
two.1.2) Main CPV code
- 85300000 - Social work and related services
two.1.3) Type of contract
Services
two.1.4) Short description
The Office of the Police and Crime Commissioner for Kent is seeking suitably qualified and experienced suppliers to tender for the Provision of Restorative Justice and Mediation Services for Kent.
two.1.5) Estimated total value
Value excluding VAT: £2,600,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 85312300 - Guidance and counselling services
- 85312500 - Rehabilitation services
- 75200000 - Provision of services to the community
- 75231200 - Services related to the detention or rehabilitation of criminals
- 85312300 - Guidance and counselling services
- 75230000 - Justice services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
Kent
two.2.4) Description of the procurement
The Office of the Police and Crime Commissioner for Kent is seeking suitably qualified and experienced suppliers to tender for the Provision of a Restorative Justice and Mediation Service for Kent.
The aim of this service is to help those participating deal with the impact of crime, and where possible to move forward with their lives after crime by enabling effective communication which aims to repair the harm. It supports the following outcomes for those participating:
• Cope and where possible recover
• Better able to cope with aspects of everyday life
• Feeling informed
• Support is relevant to needs and when they wanted it
• Reduced harm and re-offending
• Increase Awareness
The Contract will initially be for 4 years from 1 October 2023 with the option to extend annually for up to a further 3 years (total 7 year contract term).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £2,600,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 October 2023
End date
30 September 2030
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
A TUPE Confidentiality Undertaking Agreement must be signed by bidders prior to them receiving TUPE informaion
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
15 May 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
15 May 2023
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2030
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
The High Court
The Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.judiciary.uk/courts-and-tribunals/high-court/
six.4.2) Body responsible for mediation procedures
BiP Solutions
Medius 60, Pacific Way
Glasgow
G51 1DZ
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
BiP Solutions
Medius 60, Pacific Way
Glasgow
G51 1DZ
Country
United Kingdom